16--ACTUATOR,MECHANICAL, IN REPAIR/MODIFICATION OF
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, specifically NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of Mechanical Actuators (NSN 1680-01-598-8197 V2, P/N 42555-401). This opportunity requires contractors to return units to a Ready For Issue (RFI) condition, adhering to strict technical and quality standards. Proposals are due by June 1, 2026.
Scope of Work
This solicitation covers the repair, testing, and inspection of Mechanical Actuators. The contractor will be responsible for providing all necessary facilities, labor, materials, parts, and test/tooling equipment. Key requirements include:
- Repair/Overhaul: Disassembly, cleaning, inspection, repair/replacement of components, reassembly, and testing per approved manuals.
- Material Standards: Use of SAE-AS22759 series wire in lieu of MIL-W-81381. All parts and materials must be new, per FAR 52.211-5, unless PCO-approved. Part cannibalization is generally not authorized without specific approval.
- Quality Assurance: Establish and maintain a quality system compliant with ISO 9001/SAE AS9100, and a calibration system meeting ANSI/NCSL Z540.3 or ISO-10012-1. Quality control documentation, test, and repair procedures must be available for Government review.
- Configuration Management: Maintain a configuration management plan per NAVSUP WSS clause NAVICPIA18. Changes to manuals, drawings, specifications, or repair sources/facilities require Procuring Contracting Officer (PCO) approval.
- Special Conditions: Procedures for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) are detailed, requiring DCMA concurrence and PCO authorization before proceeding.
Contract & Timeline
- Opportunity Type: Solicitation for Repair/Modification Services
- Set-Aside: None specified
- Proposal Due: June 1, 2026, 6:00 PM EDT
- Published Date: May 2, 2026, 1:21 AM EDT
- Agency: Department of the Navy, NAVSUP Weapon Systems Support
- Product Service Code: 1680 (Miscellaneous Aircraft Accessories And Components)
Evaluation & Submission
Offerors must be Government-approved sources for the Mechanical Actuator. If not currently approved, proposals must include information detailed in the NAVSUP WSS Source Approval Brochure, available online at https://www.navsup.navy.mil/public/navsup/wss/business_opps/ under "COMMODITIES." Failure to provide required source approval data will result in proposals not being considered. The Government retains formal Material Review Board (MRB) authority for "AS-IS" dispositions.
Additional Notes
The contractor must maintain a historical record file for each item, including receipt inspection, repair travelers, parts replacement, inspection data, and acceptance test data. Packaging must comply with MIL-STD 2073.